RFI to locate contractors who are able to P25 (Conventional or Trunked) Handhel

SOL #: 28321326RI0000011Special Notice

Overview

Buyer

Social Security Administration
Social Security Administration
SSA OFC OF ACQUISITION GRANTS
BALTIMORE, MD, 21235, United States

Place of Performance

Place of performance not available

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Communications Security Equipment And Components (5810)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Action Date
Mar 23, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Social Security Administration (SSA) has issued a Request for Information (RFI) to identify subject matter expert contractors capable of providing P25 compliant radio systems. This RFI is for planning purposes and market research only, aiming to assist the Government in its acquisition strategy for physical security communication needs. Responses are due by March 23, 2026, at 2 PM EST.

Purpose & Scope

The SSA is required to meet physical security requirements under Executive Order 14111, specifically ISC Security Criterion 68, which mandates a centralized radio network for security force personnel at Federal Security Level IV facilities. This RFI seeks information on P25 compliant radio systems, including estimated pricing, to fulfill these requirements. The SSA is interested in four distinct P25 Trunked Radio System options:

  1. Option 1: P25 Trunked (Phase 1 or 2) for Headquarters (HQ) Woodlawn, MD, supporting up to 124 portable handheld radio users and 6 talk groups.
  2. Option 2: P25 Trunked (Phase 1 or 2) for National Support Center (NSC) Urbana, MD, supporting up to 41 portable handheld radio users and 5 talk groups.
  3. Option 3: A unified P25 Emergency communications system (Phase 1 or 2) crossing geographic boundaries, connecting HQ Woodlawn, MD; NSC Urbana, MD; Second Support Center (SSC) Durham, NC; WBDOC Wilkes Barre, PA; and Western Support Center (WSC) Denver, CO. This option details specific user counts, talk groups, and inter-site communication capabilities for each location.
  4. Communication Devices: Suggested handheld radios, base stations, PTT over LTE, and high-level cost estimates for hardware, licensing, and other required equipment.

Requested Information

Respondents must confirm and include technical specifications for SAFECOM P25 encrypted trunked systems (including AES 256 encryption), inter-agency connectivity, channel support, interoperability across manufacturers and sites (e.g., IP Interlink Extension), compatibility with existing Motorola P25 Conventional system at SSC Durham, and L3Harris XG-75/XG-25P radios at NSC/WSC. Information on replacement portable handheld radios (make/model/cost, itemized costs, attachments), PTT over cellular capabilities, radio coverage radius, Distributed Antenna System (DAS) usage, base station details (physical/virtual), cross-jurisdiction communication, adding radios to field offices, and capabilities for recording radio traffic, visual dispatch, and dynamic talk group creation is also required.

Project Requirements

Submissions should include a comprehensive project plan (system architecture, design, as-built drawings), details on infrastructure removal/deployment, hardware requirements (with redundant power), training programs, a sample Blank Purchase Agreement, warranty terms, and a service contract option for a base period plus four additional years. All systems must comply with U.S. Government security standards, and software deployed on the SSA network must complete the agency’s authority to operate process.

Response Guidelines

Respondents should provide a brief company background and experience in P25 Radio Communication Systems, addressing Section 2 (Requested Information) of the RFI. Responses are limited to 25 pages, submitted electronically via FedConnect, and must be fully readable in Microsoft Word or PDF format. Formatting requires single-spaced, Times New Roman 11-point font with 1-inch margins (8-point for graphics). Proprietary information is neither sought nor desired.

Contract & Timeline

  • Type: Special Notice (Request for Information)
  • Set-Aside: None specified
  • Response Due: March 23, 2026, 2:00 PM EST
  • Published: March 9, 2026
  • Product Service Code: 5810 - Communications Security Equipment And Components

Additional Notes

This is not a solicitation or call for proposals. Any proposals submitted will not be considered. Information received will be used for planning and market research only. The Government will not pay for costs incurred in preparing responses.

People

Points of Contact

Kathryn KellerPRIMARY

Files

Files

View

Versions

Version 1Viewing
Special Notice
Posted: Mar 9, 2026
RFI to locate contractors who are able to P25 (Conventional or Trunked) Handhel | GovScope